STRATEGIC PRIORITY: Core
AGENDA DATE: May 28, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service contract, with two one-year renewal options, for a noise consultant to support the Dallas Airport System for the Department of Aviation - Harris Miller Miller & Hanson, Inc., most advantageous proposer of three - Not to exceed $1,008,650.00 - Financing: Aviation Fund (subject to annual appropriations)
Body
BACKGROUND
This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis.
This service contract will provide for a noise consultant to support the Dallas Airport System for the Department of Aviation. This agreement will conduct several key studies that are foundational to the Voluntary Noise Program update. It will also provide ongoing support and guidance on noise-related matters. The consultant will perform a wide range of services, including twice-yearly reports measuring average sound levels over a 24-hour period, assessments of potential improvements to aircraft departure routes, and studies evaluating methods to reduce noise during takeoff. These services are necessary for maintaining and enhancing the Dallas Airport System’s voluntary efforts to manage and reduce aircraft noise impacts in surrounding communities.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Aviation (1)
• Department of Code Compliance (1)
• Office of Environmental Quality and Sustainability (1)
• Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost and local preference, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Experience and qualifications 30 points
• Cost and timeframe 30 points
• Approach 25 points
• Business Inclusion and Development Plan 15 points
As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes. To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.
On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141. The calculated living wage during the solicitation process of this contract is $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On November 14, 2018, the City Council authorized a five-year service contract with Harris Miller Miller & Hanson Inc for annual noise reports including day-night average sound level contours at Dallas Love Field by Resolution No. 18-1588.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
Aviation Fund |
$650,000.00 |
$60,000.00 |
$298,650.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:
Contract Amount |
Procurement Category |
M/WBE Goal |
$1,008,650.00 |
Other Services |
2.00% |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
2.18% |
2.18% |
$22,000.00 |
• This contract exceeds the M/WBE goal. |
• Harris Miller Miller & Hanson Inc. - Non-local; Workforce - 1.66% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for |
• Utilized for professional, personal, revenue, and planning services |
Proposal |
• Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price |
|
• Always involves the evaluation by committee |
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BPZ24 -00025649. We opened them on November 15, 2024. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Harris Miller Miller & Hanson, 700 District Avenue 83.33
Inc. Suite 800
Burlington, MA 01803
Crawford, Murphy & Tilly 2750 West Washington Street 73.60
Springfield, IL 62702
Landrum & Brown, 4445 Lake Forest Drive 65.33
Incorporated Suite 700
Cincinnati, OH 45242
OWNER/EXECUTIVE
Harris Miller Miller & Hanson, Inc.
Diana B. Wasiuk, President